Manufacture MH-60T Search and Rescue (SAR) Cabinet
ID: 70Z03825QJ0000238Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MARINE LIFESAVING AND DIVING EQUIPMENT (4220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 6:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to manufacture an MH-60T Search and Rescue (SAR) Cabinet under a combined synopsis/solicitation. The procurement involves the production of one unit, with the potential for two additional units within a year, all subject to first article testing and compliance with specified quality standards. This cabinet is critical for aviation operations, ensuring the Coast Guard's readiness in search and rescue missions. Interested vendors must submit their quotations by April 15, 2025, with the anticipated award date on or about April 17, 2025. For inquiries, contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.

Point(s) of Contact
MRR Procurement Mailbox
mrr-procurement@uscg.mil
Files
Title
Posted
The document pertains to a government Request for Proposal (RFP) for the manufacture of an MH-60T Search and Rescue (SAR) Cabinet. It outlines the specifications for a single unit, including the National Stock Number (NSN) and part number, but lists a unit price of $0.00. The document emphasizes the need for manufacturers to provide information on lead times, shipping charges, and any additional fees. It also inquires whether the vendor would accept a Federal Acquisition Regulation (FAR) option for increased quantity, allowing for up to three cabinets to be produced at the same price within a year of the contract award. This option will trigger a unilateral modification if exercised. The instructions clearly state that only designated sections should be completed, and the agency contacts for any questions are provided. This RFP process underscores the government's procurement needs and the flexibility sought in vendor responses to accommodate potential future increases in order quantities.
Apr 4, 2025, 5:07 PM UTC
The document is a solicitation for quotes regarding the procurement of one MH-60T Search and Rescue (SAR) cabinet. It outlines specific details including the part number (PIF29651), national stock number (4220-01-HS3-2263), and the terms of the request for quotation. The total cost for the item is noted as $0.00, indicating that it may be a request for pricing rather than a confirmed purchase. The document seeks confirmation on whether the supplier will accept an option for increased quantity as stated under Federal Acquisition Regulation (FAR) 52.217-6, enabling the government to acquire up to two additional cabinets at the same price within a year of the contract award. Respondents are instructed to provide additional cost details, such as FOB information and associated shipping charges, and to contact a specified government representative for inquiries. This solicitation process is integral to the U.S. Coast Guard's acquisition strategy, ensuring compliance with federal procurement regulations while allowing proactive vendor interactions.
Apr 4, 2025, 5:07 PM UTC
The Statement of Work (SOW) outlines the United States Coast Guard's requirement for the manufacture of an MH-60T SAR Cabinet, with a specified quantity of one and an optional two. The contractor is responsible for providing Ready-for-Issue components compliant with provided drawings and subject to first article testing. Key tasks include manufacturing components at an approved facility while ensuring all certifications are submitted before payment. Quality control is emphasized, with the contractor required to maintain ISO 9001-2000 certification and disclose any non-compliance or changes affecting the product. Delivery must meet specific inspection and acceptance criteria, with all shipments being F.O.B. Destination, covering all associated costs. The document adheres to Federal Acquisition Regulations and outlines a clear process for document access and warranties for manufactured parts. Overall, this SOW illustrates the USCG's commitment to acquiring high-quality components that meet regulatory standards for aviation operations.
The document consists of a Non-Disclosure Agreement (NDA) related to a government Request for Proposal (RFP) and federal grant process for the Department of Homeland Security (DHS). The NDA is part of the necessary documentation to ensure that confidential information disclosed during the proposal process is safeguarded. It outlines the obligations of the parties involved regarding the handling of proprietary information, including its use, storage, and dissemination. The agreement emphasizes the importance of confidentiality in protecting sensitive data shared in the context of federal and state/local grant processes. It mandates that recipients of the confidential information must take appropriate measures to prevent unauthorized access and that any disclosures must be limited to legitimate purposes related to the RFP. The NDA serves as a critical legal instrument to foster trust between the government and potential contractors, ensuring that competitive information remains protected throughout the evaluation and selection phases of the proposal process. Overall, this document plays an essential role in facilitating transparent and equitable government contracting practices while upholding the integrity of the process.
The document serves as an attachment outlining the terms and conditions related to federal acquisition regulations and Homeland Security acquisition regulations for a specific solicitation (70Z03825QJ0000238). It emphasizes the acceptance of specific clauses regarding contractor obligations, compliance with security and quality standards, and the need for detailed representations and certifications from offers. Key provisions detail the requirements for technical acceptability, pricing, the documentation necessary for proposal evaluation, and the obligations surrounding the sourcing of telecommunications equipment. The evaluation criteria establish that contracts will be awarded to the lowest priced technically acceptable offeror, with specific requirements for product and service compliance. The attachment also outlines shipping, inspection protocols, and invoicing guidelines, mandating conformance with federal standards for documentation and product quality. The overarching purpose underscores the importance of adhering to federal regulations, ensuring that government procurement processes remain transparent, fair, and compliant with existing laws, particularly those regarding small business designations and ethical contracting practices. This framework is vital for prospective contractors aiming to navigate the complexities of federal contracts effectively.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Secondary Release for H60 Bomb Rack
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of fifteen units of a secondary bomb rack (NSN: 1095-00-138-7122, Part Number: 549AS133-1) through a combined synopsis/solicitation process. This opportunity is set aside exclusively for small businesses and requires that all items have clear traceability to the Original Equipment Manufacturer (OEM), along with a Certificate of Conformance (COC) for compliance. The goods are critical for aviation logistics and must be delivered to the USCG Aviation Logistics Center in Elizabeth City, NC, within 180 days after receipt of order. Interested vendors should submit their quotations by May 1, 2025, at 9:30 a.m. Eastern Time, with email submissions preferred to Stacey M. Riggs at stacey.m.riggs@uscg.mil, referencing solicitation number 70Z03825QK0000018.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Panel Assy
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), intends to award a sole source contract for the procurement of panel assemblies from Sikorsky Aircraft Corporation. The requirement includes eight units of an assembly panel (NSN 1560-01-HS1-6158, Part Number 70500-82402-076), with a delivery timeline set for July 1, 2025, although early shipments are encouraged at no additional cost to the government. This procurement is critical for maintaining the Coast Guard's aviation capabilities, ensuring timely support for operational assets. Interested parties may submit quotations to Cindy Harmes at Cindy.K.Harmes@uscg.mil and mrr-procurement@uscg.mil by 2:00 P.M. EDT on May 22, 2025, referencing solicitation number 70Z03825QJ0000280.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various items under a sole source contract with Sikorsky Aircraft Corporation. The procurement includes two specific aviation components: an "Enclosure AY, R/H" and a "Roll Coupler Panel," with a total of three units requested for each item, and delivery dates set for February 1, 2026, and September 1, 2026, respectively. This acquisition is crucial for maintaining the operational readiness of the Coast Guard's aviation capabilities, ensuring timely access to essential parts. Interested suppliers may submit quotations to Michelle Monds at Michelle.R.Monds@uscg.mil and mrr-procurement@uscg.mil by April 30, 2025, at 2:00 PM EDT, as the procurement is unrestricted and no solicitation package will be issued.
MH-65 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of hover landing lights as part of a combined synopsis/solicitation under solicitation number 70Z03825QB0000077. The procurement involves the repair and evaluation of three units of the hover landing light (NSN: 6210-01-HS3-0341, Part Number: 113PE01BABY00), with a focus on ensuring compliance with federal acquisition regulations and the provision of OEM parts and technical expertise. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the importance of quality repairs and adherence to labor standards. Interested contractors must submit their quotes by April 28, 2025, at 9:00 AM EDT, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
Escutcheon Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of twenty (20) Escutcheon Assemblies under solicitation number 70Z03825QJ0000251. The requirement emphasizes the need for items traceable to the Original Equipment Manufacturer, Adams Rite Aerospace, Inc., ensuring compliance with quality assurance processes and certification mandates. This procurement is critical for maintaining operational readiness and support for Coast Guard aviation logistics, with a requested delivery date set for November 20, 2025. Interested vendors must submit their quotations by May 1, 2025, at 2:00 PM EDT, and can direct inquiries to Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a total quantity of four units required for each item, and a delivery date set for February 10, 2026. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors may submit quotations to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil and mrr-procurement@uscg.mil by April 28, 2025, at 2:00 PM EDT, with the understanding that the procurement is unrestricted and will be awarded based on fair and reasonable pricing.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: an oil cooler panel assembly, a fairing assembly, a panel assembly, and a drain assembly, with a total quantity of ten units for the fairing assembly and four units for each of the other components, all essential for the Coast Guard's aviation operations. The delivery of these items is requested within 365 days after receipt of order, with early shipments encouraged at no additional cost to the government. Interested parties may submit quotations to the designated contacts by May 1, 2025, at 2:00 PM EDT, referencing solicitation number 70Z03825QJ0000143.
MH-65 Spare Parts
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for MH-65 spare parts, specifically a "Beam Assembly Center," under solicitation number 70Z03825QB0000062. The procurement is aimed at acquiring four units of this critical component, which must be sourced from Airbus Helicopters, Inc. to ensure traceability and compliance with Original Equipment Manufacturer (OEM) standards. This opportunity is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the need for high-quality, certified parts. Interested vendors must submit their offers by September 10, 2025, at 10:00 AM EST, and can direct inquiries to Hartley K. Askew at hartley.k.askew@uscg.mil.